Loading...
HomeMy WebLinkAboutResolution #5323 -3 2� Resolution for Improvement Illinois Department Under the Illinois Highway of Transportation 9 Y Code Is this project a bondable capital improvement? Resolution Type Resolution Number Section Number ® Yes ❑ No Original 1120-00108-77- BE IT RESOLVED,by the Council of the City Governing Body Type Local Public Agency Type of Canton Illinois that the following described street(s)/road(s)/structure be improved under Name of Local Public Agency the Illinois Highway Code.Work shall be done by Contract Contract or Day Labor For Roadway/Street Improvements: Name of Street(s)/Road(s) Length Route From To (miles) For Structures: Name of Street(s)/Road(s) Existing Route Location Feature Crossed Structure No. Cass Place 029-4186 MS 2800 Big Creek BE IT FURTHER RESOLVED, 1. That the proposed improvement shall consist of Provide Design Engineering for the replacement of the structure carrying Cass Place over Big;Creek in the ity of Canton y� 2. That there is hereby appropriated the sum of fifty eight thousand six hunderd fifty four and 50/100 Dollars( $58,654.50 )for the improvement of said section from the Local Public Agency's allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)certified originals of this resolution to the district office of the Department of Transportation. I,Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State aforesaid,and keeper of the records and files thereof,as provided by Name of Local Public Agency statute,do hereby certify the foregoing to be a true,perfect and complete original of a resolution adopted by Council of Canton at a meeting held on August 03, 2021 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF,I have hereunto set my hand and seal this 3rd day of August, 2021 Day Month,Year (SEAL) ClerW i nature Date o" S1/3/zu Approved Regional Engineer Department of Transportation Date Printed 07/26/21 Page 1 of 1 BLR 09110(Rev.05/08/20) o 'D Illinois Department Request for Expenditure/Authorization of Transportation of Motor Fuel Tax Funds Local Public Aqency Type County Section Number City of Canton I City I Fulton I 20-00108-77-BR I hereby request authorization to expend Motor Fuel Tax Funds as indicated below: Purpose Motor Fuel Tax Amount Rebuild Illinois Amount County Engineer/Superintendent Salary&Expenses n/a Contract Construction Day Labor Construction Engineering $58,654.50 Engineering Investigations IMRF/Social Security n/a Maintenance Maintenance Engineering Obligation Retirement n/a Other Right-of-Way(Itemized on 2nd page) TOTAL $58,654.50 Comments Local Public A-qency Official Date 1��j 4, Titl Mayor Approved Regional Engineer Department of Transportation Date Department of Transportation Use Entered Bv Date Printed 07126/21 Page 1 of 2 BLR 09150(Rev.07/31/20) g Illinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 August 10, 2021 Ms. Diana Pavle_y-Rock, City Clerk City of Canton__ __ 2-North Main Street Canton, Illinois 61520 Municipal—Motor Fuel Tax (MFT) City of Canton Section No.: 20-00108-77-BR Dear Ms. Pavley-Rock: The Supplemental Resolution for Improvement Under the Illinois Highway Code (BLR 09110) adopted by the City Council of Canton on August 3, 2021, appropriating $58,654.50 of MFT funds for this section was approved on August 10, 2021. This resolution provides for Design Engineering for the replacement of the Cass Place Bridge (S.N. 029-4186). *NOTE: Approval of this resolution does not authorize expenditure of MFT funds. Proper documentation must be received by our office prior to paying any bills out of the MFT account. Additionally, the Local Public Agency Engineering Services Agreement for MFT Preliminary Engineering between the City of Canton and Maurer-Stutz, Inc. to be performed,in connection with the improvement of the above section is also approved. If you have any questions, please contact Mr. Simon Alwan at (309) 671-3694. Sincerely, Kensil A. Garnett, P.E. Region Three Engineer SJA/jjs s:\gen\winword\blrs\staff\alwan\transmittals&letters\improv.resolutions\canton.20-00108-77-br suppl impry res.blr 5530.docx Attachment cc: Mr. George Merkle, Maurer-Stutz File 00 Illinois Department Resolution for Improvement B7 of Transportation Under the Illinois Highway Code i Is this project a bondable capital improvement? Resolution Type Resolution Number Section Number ® Yes ❑ No Original 11 20-00108-77-BR BE IT RESOLVED, by the Council of the City Governing Body Type Local Public Agency Type of Canton Illinois that the following described street(s)/road(s)/structure be improved under Name of Local Public Agency the Illinois Highway Code.Work shall be done by Contract Contract or Day Labor For Roadway/Street Improvements: Name of Street(s)/Road(s) Length Route From To (miles) For Structures: Name of Street(s)/Road(s) Existing Route Location Feature Crossed Structure No. Cass Place 029-4186 MS 2800 Big Creek BE IT FURTHER RESOLVED, 1. That the proposed improvement shall consist of Provide Design Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton 2. That there is hereby appropriated the sum of fifty eight thousand six hunderd fifty four and 50/100 Dollars( $58,654.50 )for the improvement of said section from the Local Public Agency's allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)certified originals of this resolution to the district office of the Department of Transportation. I, Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State aforesaid,and keeper of the records and files thereof, as provided by Name of Local Public Agency statute, do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by Council of Canton at a meeting held on August 03, 2021 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 3rd day of August, 2021 y Month,Year (SEAL-)--) Clerk Si ature Date Approved Regional Engineer Department of Transportation Date v 9-10_2 Printed 07/26/21 Page 1 of 1 BLR 09110(Rev.05/08/20) 00 Illinois Department Resolution for Improvement of Transportation Under the Illinois Highway Code s Is this project a bondable capital improvement? Resolution Type Resolution Number Section Number ® Yes ❑ No Original 11 20-00108-77-BR BE IT RESOLVED, by the Council of the City Governing Body Type Local Public Agency Type of Canton Illinois that the following described street(s)/road(s)/structure be improved under Name of Local Public Agency the Illinois Highway Code.Work shall be done by Contract Contract or Day Labor For Roadway/Street Improvements: Name of Street(s)/Road(s) Length Route From To (miles) For Structures: Name of Street(s)/Road(s) Existing Route Location Feature Crossed Structure No. Cass Place 029-4186 MS 2800 Big Creek BE IT FURTHER RESOLVED, 1. That the proposed improvement shall consist of Provide Design Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton 2. That there is hereby appropriated the sum of fifty eight thousand six hunderd fifty four and 50/100 Dollars( $58,654.50 )for the improvement of said section from the Local Public Agency's allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)certified originals of this resolution to the district office of the Department of Transportation. I, Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State aforesaid,and keeper of the records and files thereof,as provided by Name of Local Public Agency statute,do hereby certify the foregoing to be a true,perfect and complete original of a resolution adopted by Council of Canton at a meeting held on August 03, 2021 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 3rd day of August, 2021 Day Month,Year ,_(SEAL)-- Clerk Si nature Date Approved Regional Engineer Department of Transportation Date 0- Printed 07/26/21 Page 1 of 1 BLR 09110(Rev.05/08/20) � t Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For Agreement Type Using Federal Funds?❑ Yes ® No MFT PE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number City of Canton Fulton 20-00108-77-BR Project Number Contact Name Phone Number Email Ron Robinson (309) 647-5022 robinson@cantoncityhall.org SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number Cass Place MS 2800 029-4286 Location Termini Add Location Over Big Creek Remove Location Project Description Provide Design Preliminary Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton Engineering Funding ® MFT/TBP ❑ State ❑ Other Anticipated Construction Funding ❑ Federal ❑ MFT/TBP ❑ State ® other lRebuild Illinois Bond Funds AGREEMENTFOR ❑ Phase I-Preliminary Engineering ® Phase II-Design Engineering CONSULTANT Consultant Firm Name Contact Name Phone Number Email Maurer-Stutz, Inc. Rick J. Anderson (309) 693-7615 rjanderson@mstutz.com Address City State Zi Code 3116 N. Dries Ln; Ste 100 Peoria IL 61604 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Printed 07/26/21 Page 1 of 10 BLR 05530(Rev.Draft) ` . �G���MENTEXH|BDS � The following EXHIBITS are attached hereto and made o part of hereof this AGREEMENT: Z EXHIBIT/, Scope ofServices u� EXHIBIT B: Project Schedule EXHIBIT C: Direct Costs Check Sheet Z EXHIBIT D: OuoUfioodon Based Selection(OB8)Checklist X EXHIBIT E: Cost Estimate of Consultant Services Worksheet(BLR 05513 or BLR 05514 Z Location Map El El ---_ '_-- -_-_-_-_----- __-' - _--___- --_ - -- - -_-_----_ - _ _- -'- ----___ - -' _- -_' i THE ENGlNEE�AGREES, _- 1 perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements heroin before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances nf the LPA. 5. To pay its ouboonou|tanto for satisfactory performance no later than 80 days from receipt of each payment from the LPA. 0. To invoice the LPA,The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment u,Supplement. 7. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US Department of Transportation (US DOT)assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. 8. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LPA.The consent to sublet, assign or otherwise transfer any portion of the oomicoo to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 9. For Preliminary Engineering Contracts: (a)To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT, as defined in Exhibit A(Scope of Services). (b)That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affixed the ENG|NEER'o professional seal when such seal is required by law. Such endorsements must be mode by person, duly licensed or registered in the appropriate category by the Deportment of Professional Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the DEPARTMENT. (o)That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to podonn the services enumerated in Exhibit (Scope of Services). 10. That the engineering services shall include all equipment, instruments,supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See Exhibit C). _THE LR&.AGREES, 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Professional Services Selection Act(5O|LCS510)(Exhibit D). 2. To furnish the ENGINEER all presently available survey data, p|onu,opecifiooUonn, and project information. 3. To pay the ENGINEER: (a) For progressive payments'Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b) Final payment'Upon approval of the work by the LPA but not later than 00 days after the work is completed and reports have been mode and accepted by the LPA and DEPARTMENT o sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. (c) For Non-Federal County Projects-(605 ILCS 5/5-409) (1) For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER. Such payments to be equal to the value of the partially completed work in all previous partial payments made to the ENGINEER. (2) Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Percent ❑ Lump Sum ❑ Specific Rate ® Cost plus Fixed Fee: Fixed Total Compensation=DL+ DC+OH+ FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's overhead rate applied to their DL and FF is the Fixed Fee. Where FF= (0.33+ R) DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+ OH. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT-assisted contracts.The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.). III. IT IS MUTUALLY AGREED, 1. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT;the Federal Highways Administration (FHWA)or any authorized representative of the federal government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 2. That the ENGINEER shall be responsible for any all damages to property or persons out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARTMENT, and their officers, agents and employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such materials becomes the property of the LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. Printed 07/26/21 Page 3 of 10 BLR 05530(Rev.05/07/21) 4. In the event that the DEPARTMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of ? suspension. In addition, upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a result of the suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT, and their officers, employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 7. The ENGINEER and LPA certify that their respective firm or agency: (a)has not employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or (c)has not paid, or agreed to pay any firm, organization or person(other than a bona fide employee working solely for the LPA or the ENGINEER)any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. (d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public(Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records, making false statements or receiving stolen property. (f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State, or local)with commission of any of the offenses enumerated in paragraph and (g) has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal, State, local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification, an explanation shall be attached to this AGREEMENT. 8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes included but are not limited to: acts of God or a public enemy; acts of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable services; fire; strikes; and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE, the ENGINEER shall apply in writing to the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly. 9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to suspension of contract on grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one(1)year but not more than (5)years. For the purpose of this certification, "grantee"or"Contractor"means a corporation, partnership or an entity with twenty-five(25) or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the specific performance under contract or grant of$5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1)Notifying employees that the unlawful manufacture,distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2)Specifying actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (a)abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than (5)days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1)The dangers of drug abuse in the workplace; Printed 07/26/21 Page 4 of 10 BLR 05530(Rev.05/07/21) (2)The grantee's or contractor's policy to maintain a drug free workplace; (3)Any available drug counseling, rehabilitation and employee assistance program; and (4)The penalties that may be imposed upon an employee for drug violations. J (c) Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting, or granting agency within ten (10)days after receiving notice under part(b)of paragraph (3)of subsection(a)above from an employee or otherwise, receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future projects. The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 10. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.). 11. For Preliminary Engineering Contracts: (a)That tracing, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LPA and that basic survey notes, sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT,without restriction or limitation as to their use.Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b)That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. AGREEMENT SUMMARY Prime Consultant TIN/FEIN/SS Number Agreement Amount Maurer-Stutz, Inc. 27-1013849 $58,654.50 Subconsultants TIN/FEIN/SS Number Agreement Amount Subconsultant Total Prime Consultant Total $58,654.50 Total for all workl $58,654.50 Add Subconsultant AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Name of Local Public Agency Attest: The City of Canton By Date�J By Date c1 0 WA)k,1V Name of Local Public Agency Local Public Agency Type Title Canton City Clerk Mayor Printed 07/26/21 Page 5 of 10 BLR 05530(Rev.05/07/21) s Executed by the ENGINEER: Consultant Firm Name Attest: Maurer-Stutz, Inc. Bv A Date By Date MIL -7 le Title Senior Project Engineer Principal APPROVED: Reciional En ineer, Department of Transportation Date Printed 07/26/21 Page 6 of 10 BLR 05530(Rev.05/07/21) Local Public Agency Countv Section Number City of Canton _11Fulton 20-00108-77-BR 1 ; . EXHIBIT.A -SCOPE_OF SERVICES To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before a described and enumerated below Prepare needed permits. Make complete general and detailed plans, special provisions, proposals and estimates of cost. Assist the LA in the tabulation and interpretation of the contractors' proposals and prepare needed contracts. Printed 07/26/21 Page 7 of 10 BLR 05530(Rev.05/07121) Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR ' EXHIBIT B PROJECT SCHEDULE Project Begins September 1, 2021 Complete ROW Plats and Legal Descriptions November 1, 2021 Complete PS&E December 30, 2021 Anticipated Letting Date March 15, 2021 Project Completion Date May 15, 2022 Printed 07/26/21 Page 8 of 10 BLR 05530(Rev.05/07/21) Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR f + — Exhibit C Direct Costs Check Sheet List ALL direct costs required for this project.Those not listed on the form will not be eligible for reimbursement by the LPA on this project. Item Allowable Quantity Contract Rate Total Lodging Actual cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Air Fare Coach rate,actual cost,requires minimum two weeks' notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 0.5 $65.00 $32.50 ❑Vehicle Rental Actual cost(Up to$55/day) ❑Tolls Actual cost ❑ Parking Actual cost ❑ Overtime Premium portion(Submit supporting documentation) ❑ Shift Differential Actual cost(Based on firm's policy) ❑ Overnight Delivery/Postage/Courier Service Actual cost(Submit supporting documentation) ❑ Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) ❑ Copies of Deliverables/Mylars(Outside) Actual cost(Submit supporting documentation) ❑ Project Specific Insurance Actual Cost ❑ Monuments(Permanent) Actual Cost ❑ Photo Processing Actual Cost ❑2-Way Radio(Survey or Phase III Only) Actual Cost ❑Telephone Usage(Traffic System Monitoring Only) Actual Cost ® CADD Actual cost(Max$15/hour) 207 $10.00 $2,070.00 ❑Web Site Actual cost(Submit supporting documentation) ❑Advertisements Actual cost(Submit supporting documentation) ❑I Public Meeting Facility Rental Actual cost(Submit supporting documentation) ❑ Public Meeting Exhibits/Renderings&Equipment Actual cost(Submit supporting documentation) ❑ Recording Fees Actual Cost ❑Transcriptions(specific to project) Actual Cost ❑Courthouse Fees Actual Cost ❑Storm Sewer Cleaning and Televising Actual cost(Requires 2-3 quotes with[DOT approval) ❑Traffic Control and Protection Actual cost(Requires 2-3 quotes with[DOT approval) ❑Aerial Photography and Mapping Actual cost(Requires 2-3 quotes with[DOT approval) ❑ Utility Exploratory Trenching Actual cost(Requires 2-3 quotes with[DOT approval) ❑Testing of Soil Samples Actual Cost ❑ Lab Services Actual Cost(Provide breakdown of each cost) ❑ Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with[DOT approval) El El El Total Direct Costsl $2,102.50 Printed 07/26/21 Page 9 of 10 BLR 05530(Rev.05/07/21) Local Public Agency Countv Section Number City of Canton Fulton 20-00108-77-BR �. Exhibit D Qualification Based Selection(QBS)Checklist The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold, QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal funds being used, federal small purchase guidelines must be followed. ❑ Form Not Applicable(engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration(procurement, management ❑ ❑ and administration)concerning engineering and design related consultant services? 2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑ ❑ specifically Section 5-5.06(e)of the BLRS Manual? 3 Was the scope of services for this project clearly defined? ❑ ❑ 4 Was public notice given for this project? ❑ ❑ 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ ❑ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ ❑ debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ ❑ Project Criteria Weighting Add 8 Do the written QBS policies and procedures discuss the method of selection? ❑ ❑ Selection committee titles for this project Top three consultants ranked for this project in order 1 2 3 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ ❑ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ ❑ 11 Were acceptable costs for this project verified? ❑ ❑ 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding ❑ ❑ the request for reimbursement to IDOT for further review and approval? Do the written QBS policies and procedures cover ongoing and finalizing administration of the project 13 (monitoring, evaluation, closing-out a contract, records retention, responsibility, remedies to violations or ❑ ❑ breaches to a contract, and resolution of disputes)? 14 QBS according to State requirements used? ❑ 15 Existing relationship used in lieu of QBS process? ❑ 16 LPA is a home rule community(Exempt from QBS). ® ❑ Printed 07/26/21 Page 10 of 10 BLR 05530(Rev.05107/21) PROJECT LOCATION MAP City of Canton, Fulton County Cass Place (MS 2800) Section 20-00108-77-BR LOCATION U ----i ri > L 0 IV.Y T `0 IV.Y R IT ST XT Ev:,t,Iv- I LC8 X U El Is, -T- N U1 tij LL 61 FAIR IV I EV > Ar ca U Z. SPRU 'C Ur. IMILL ST Cc Ld LL LOCVSTA P 68 F-Ap CHESTNUT 419 > 22 Ui Oft > > JON PARK ELM p I IN E EXHIBIT E Illinois Department COST ESTIMATE OF CONSULTANT SERVICES WORKSHPET of Transportation FIXED RAISE Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR Consultant (Firm) Name Prepared By Date Maurer-Stutz, Inc George B. Merkle 7/23/2021 PAYROLL ESCALATION TABLE CONTRACT TERM 15 MONTHS OVERHEAD RATE 160.73% START DATE 8/1/2021 COMPLEXITY FACTOR 0 RAISE DATE 7/1/2022 % OF RAISE END DATE 10/31/2022 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 8/1/2021 7/1/2022 11 73.33% 1 7/2/2022 11/1/2022 4 27.20% The total escalation = 0.53% BLR 05514(Rev. 04/30/21) Payroll Escalation Printed 7/26/2021 9:46 AM Page 1 of 1 Local Public Agency County Section Number ICity of Canton IFulton 20-00108-77-BR MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTORI 0.53% PAYROLL RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise [DOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE PE VIII $62.00 $62.33 PE VI 51.501 $51.77 PE V $41.00 $41.22 PE IV $34.251 $34.43 SE VI $50.00 $50.27 PLS VII $45.00 $45.24 Des Tech V $30.25 $30.41 Des Tech IV $28.75 $28.90 Tech V $30.00 $30.16 BLR 05514(Rev. 04/30/21) Payroll Rates Printed 7/26/2021 9:47 AM Page 1 of 1 Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR COST ESTIMATE WORKSHEET Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise OVERHEAD RATEI 160.73% COMPLEXITY FACTOR 0 TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND BENEFITS OTHERS TOTAL Roadway Design 50 1,756 2,823 450 580 5,609 9.56% Structure Design 51 2,025 3,255 668 5,948 10.14% Plan Sheet Development 210 7,413 11,915 1,490 2,446 23,264 39.66% Quantity Calculations 54 1,973 3,172 651 5,796 9.88% Pick-up Survey- 6 196 315 43 65 619 1.06% Field Check(Includes P-1-H) 8 345 554 114 1,013 1.73% Submit Prefinal PS&E 9 294 473 97 864 1.47% Meetings 6 230 370 76 676 1.15% Estimate of Time 4 207 333 68 608 1.04% Estimate of Cost 6 241 388 80 709 1.21% Special Provisions 16 759 1,220 250 2,229 3.80% Quality Assurance 22 1,135 1,824 374 3,333 5.68% Permitting 7 293 471 97 861 1.47% Final PS&E Revisions 18 610 981 120 201 1,912 3.26% Conference and Review 10 469 755 155 1,379 2.35% Administration and Management 9 361 581 119 1,061 1.81% Shop Drawing Review 8 339 545 112 996 1.70% Answer Construction Questions 16 605 973 200 1,778 3.03% Subconsultant DL 0 - TOTALS 1 5101 19,251 30,9481 2,1031 6,353 - 58,6551 100.00% 50,199 BLR 05514(Rev. 04/30/21) Cost Estimate Worksheet Printed 7/26/2021 9:47 AM Page 1 of 1 Local Public Agency County Section Number City of Canton IFulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise SHEET 1 OF 4 PAYROLL AVG TOTAL PROJ.RATES Roadway Design Structure Design Plan Sheet Development Quantity Calculations Pick-up Survey HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 7.0 1.37% 0.86 PE VI 51.77 57.0 11.18% 5.79 2 4.00% 2.07 11 5.24% 2.71 PE V 41.22 8.0 1.57% 0.65 PE IV 34.43 265.0 51.96% 17.89 48 96.00% 33.06 34 66.67% 22.96 97 46.19% 1 15.90 36 66.67% 22.96 SE VI 50.27 65.0 12.75% 6.41 17 33.33% 16.76 26 12.38% 6.22 10 18.52% 9.31 PLS VII 45.24 1.0 0.20% 0.09 1 16.67% 7.54 Des Tech V 30.41 1.0 0.20% 0.06 1 16.67% 5.07 Des Tech IV 28.90 102.0 20.00% 5.78 76 36.19% 10.46 8 14.81% 4.28 Tech V 30.16 4.0 0.78% 1 0.24 4 66.67% 20.11 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 510.0 100% $37.75 50.0 100.00% $35.13 51.0 100% $39.71 210.0 100% $35.30 54.0 100% $36.55 6.0 100% $32.72 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:48 AM Page 1 of 1 Avg Hourly 1 Local Public Agency County Section Nymber City of Canton I Fulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 2 OF 4 PAYROLL AVG Field Check(Includes P-1-H) Submit Prefinal PS&E Meetings Estimate of Time Estimate of Cost Special Provisions HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 PE VI 51.77 4 50.00% 25.89 1 11.11% 5.75 2 33.33% 17.26 '4, 100.00% 51.77 2 33.33% 17.26 12 75.00% 38.83 PE V 41.22 PE IV 34.43 4 50.00% 17.22 2 22.22% 7.65 2 33.33% 11.48 4 66.67% 22.96 4 1 25.00% 8.61 SE VI 50.27 PLS VII 45.24 Des Tech V 30.41 Des Tech IV 28.90 6 66.67% 19.27 2 33.33% 9.63 Tech V 30.16 TOTALS 8.0 100% $43.10 9.0 100% $32.67 6.0 100% $38.37 4.0 100% $51.77 6.0 100% $40.21 16.0 100% $47.44 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:48 AM Page 1 of 1 Avg Hourly 2 Local Public Agency County Section Number City of Canton I Fulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 3 OF 4 Administration and PAYROLL AVG Quality Assurance Permitting Final PS&E Revisions Conference and Review Management Shop Drawing Review HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 4 18.18% 11.33 2 ' 20.00% 12.47 1 11.11% 6.93 PE VI 51.77 8 36.36% 18.83 3 42.86% 22.19 '2 11.11% 5.75 4 40.00% 20.71 2 22.22% 11.51 PE V 41.22 PE IV 34.43 2 9.09% 3.13 4 57.14% 19.68 8 44.44% 15.30 4 40.00% 13.77 4 44.44% 15.30 4 50.00% 17.22 SE VI 50.27 8 36.36% 18.28 4 50.00% 25.13 PLS VI 45.24 Des Tech V 30.41 Des Tech IV 28.90 8 44.44% 12.85 2 22.22% 6.42 Tech V 30.16 TOTALS 22.0 100% $51.57 7.0 100% $41.86 18.0 100% $33.90 10.0 100% $46.95 9.0 100% $40.16 8.0 100% $42.35 BLR 05514(Rev. 04/30/21) Avg Hourly 3 Printed 7/26/2021 9:49 AM Page 1. of 1 0 Local Public Agency County Section Number City of Canton I Fulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 4 OF 4 Answer Construction PAYROLL AVG Questions HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 PE VI 51.77 PE V 41.22 8 50.00% 20.61 PE IV 34.43 8 50.00% 17.22 SE VI 50.27 PLS VII 45.24 Des Tech V 30.41 Des Tech IV 28.90 Tech V 30.16 TOTALS 1 16.0 j 100% $37.83 0.0 0% $0.00 0.0 1 0% $0.00 0.0 1 0% 1 $0.00 1 0.0 1 0% °0.00 0.0 0% $0.00 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:49 AM Page 1 of 1 Avg Hourly 4 Illinois Department o Local Public Agency 0 of Transportation Engineering Services Agreement 1 0 Agreement For Agreement Type Using Federal Funds?❑ Yes ® No MFT PE Original LOCAL PUBLIC AGENCY Local Public A enc County Section Number Job Number City of Canton Fulton 20-00108-77-BR Project Number Contact Name Phone Number Email Ron Robinson (309) 647-5022 rrobinson@cantoncityhall.org SECTION PROVISIONS Local Street/Road Name Key Route Len th Structure Number Cass Place MS 2800 029-4286 Location Termini F Add Location Over Big Creek Remove'Location Project Description Provide Design Preliminary Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton Engineering Funding ® MFT/TBP ❑ State ❑ Other Anticipated Construction Funding ❑ Federal ❑ MFT/TBP ❑ State ® other lRebuild Illinois Bond Funds AGREEMENTFOR ❑ Phase I-Preliminary Engineering ® Phase II-Design Engineering CONSULTANT Consultant Firm Name Contact Name Phone Number Email Maurer-Stutz, Inc. 11 Rick J. Anderson (309) 693-7615 rjanderson@mstutz.com Address Cit State ZIPCode 3116 N. Dries Ln; Ste 100 Peoria IL 61604 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity,qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Printed 07/26/21 Page 1 of 10 BLR 05530(Rev.Draft) AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: ® EXHIBIT A: Scope of Services ® EXHIBIT B: Project Schedule ® EXHIBIT C: Direct Costs Check Sheet ® EXHIBIT D: Qualification Based Selection(QBS)Checklist ® EXHIBIT E: Cost Estimate of Consultant Services Worksheet(BLR 05513 or BLR 05514) ® Location Map 1. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA,The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US Department of Transportation(US DOT)assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. 8. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LPA.The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 9. For Preliminary Engineering Contracts: (a)To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT, as defined in Exhibit A(Scope of Services). (b)That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affixed the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person, duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the DEPARTMENT. (c)That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated in Exhibit A(Scope of Services). 10. That the engineering services shall include all equipment, instruments,supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See Exhibit C). 11. THE LPA AGREES, _ 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Professional Services Selection Act(50 ILCS 510) (Exhibit D). 2. To furnish the ENGINEER all presently available survey data, plans,specifications, and project information. 3. To pay the ENGINEER: (a)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER Printed 07/26/21 Page 2 of 10 BLR 05530(Rev.05/07/21) shall be due and payable to the ENGINEER. (c)For Non-Federal County Projects-(605 ILCS 5/5-409) (1) For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof ' by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER. Such payments to be equal to the value of the partially completed work in all previous partial payments made to the ENGINEER. (2) Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Percent ❑ Lump Sum ❑ Specific Rate ® Cost plus Fixed Fee: Fixed Total Compensation=DL+DC+OH+ FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's overhead rate applied to their DL and FF is the Fixed Fee. Where FF=(0.33+R) DL+%SubDL,where R is the advertised Complexity Factor and %SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+OH. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT-assisted contracts.The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.). ,III. IT IS MUTUALLY AGREED, y~1. To maintain,fora minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT;the Federal Highways Administration (FHWA)or any authorized representative of the federal government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 2. That the ENGINEER shall be responsible for any all damages to property or persons out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARTMENT, and their officers, agents and employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions,specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such materials becomes the property of the LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. Printed 07/26/21 Page 3 of 10 BLR 05530(Rev.05/07/21) 4. In the event that the DEPARTMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of suspension. In addition, upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a result of the suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT, and their officers,employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 7. The ENGINEER and LPA certify that their respective firm or agency: (a) has not employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or (c)has not paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for the LPA or the ENGINEER)any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. (d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public(Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records, making false statements or receiving stolen property. (f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State, or local)with commission of any of the offenses enumerated in paragraph and (g)has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal, State, local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification, an explanation shall be attached to this AGREEMENT. 8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes included but are not limited to: acts of God or a public enemy; acts of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable services;fire;strikes; and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly. 9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to suspension of contract on grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one(1)year but not more than(5)years. For the purpose of this certification, "grantee"or"Contractor"means a corporation, partnership or an entity with twenty-five(25) or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the specific performance under contract or grant of$5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1)Notifying employees that the unlawful manufacture,distribution,dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2)Specifying actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (a)abide by the terms of the statement; and (b)notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than (5)days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1)The dangers of drug abuse in the workplace; Printed 07/26/21 Page 4 of 10 BLR 05530(Rev.05/07/21) (2)The grantee's or contractor's policy to maintain a drug free workplace; (3)Any available drug counseling, rehabilitation and employee assistance program; and (4)The penalties that may be imposed upon an employee for drug violations. (c)Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to past the statement in a prominent place in the workplace. (d)Notifying the contracting, or granting agency within ten (10)days after receiving notice under part(b)of paragraph (3)of subsection(a)above from an employee or otherwise, receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future projects.The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 10. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.). 11. For Preliminary Engineering Contracts: (a)That tracing, plans,specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LPA and that basic survey notes, sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT,without restriction or limitation as to their use.Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b)That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. AGREEMENT SUMMARY Prime Consultant TIN/FEIN/SS Number Agreement Amount Maurer-Stutz, Inc. 27-1013849 $58,654.50 Subconsultants TIN/FEIN/SS Number Agreement Amount Subconsultant Total Prime Consultant Total $58,654.50 Total for all work $58,654.50 Add:Subconsultant AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Name of Local Public Agency Attest: The City of Canton By Date By Date Name of Local Public Agency Local Public Agency Type Title Canton I Clerk Mayor CM Printed 07/26/21 Page 5 of 10 BLR 05530(Rev.05/07/21) Executed by the ENGINEER: Consultant Firm Name Attest: Maurer-Stutz, Inc. B Date By Date X//r npt9 147�Z6�2a2 r r L-7011 itle Title Senior Project Engineer Principal APPROVED: Re Tonal En ineer, Department of Transportation Date Printed 07/26/21 Page 6 of 10 BLR 05530(Rev.05/07/21) Local Public AqencV Count Section Number City of Canton Fulton 20-00108-77-BR ` EXHIBIT SCOPE OF SERVICES To perform or be responsible for the performance of the engineering services for the CPA, in connection with the PROJECT herein before described and enumerated below Prepare needed permits. Make complete general and detailed plans, special provisions, proposals and estimates of cost. Assist the LA in the tabulation and interpretation of the contractors' proposals and prepare needed contracts. Printed 07/26/21 Page 7 of 10 BLR 05530(Rev.05/07/21) Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR EXHIBIT B i PROJECT SCHEDULE Project Begins September 1, 2021 Complete ROW Plats and Legal Descriptions November 1, 2021 Complete PS&E December 30, 2021 Anticipated Letting Date March 15, 2021 Project Completion Date May 15, 2022 Printed 07/26/21 Page 8 of 10. BLR 05530(Rev.05/07/21) Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR Exhibit C Direct Costs Check Sheet ------------ List ALL direct costs required for this project.Those not listed on the form will not be eligible for reimbursement by the LPA on this project. Item Allowable Quantity Contract Rate Total ❑ Lodging Actual cost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Air Fare Coach rate,actual cost,requires minimum two weeks' notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 0.5 $65.00 $32.50 ❑Vehicle Rental Actual cost(Up to$55/day) ❑Tolls Actual cost ❑ Parking Actual cost ❑ Overtime Premium portion(Submit supporting documentation) ❑ Shift Differential Actual cost(Based on firm's policy) ❑ Overnight Delivery/Postage/Courier Service Actual cost(Submit supporting documentation) ❑ Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) ❑Copies of Deliverables/Mylars(Outside) Actual cost(Submit supporting documentation) ❑ Project Specific Insurance Actual Cost ❑ Monuments(Permanent) Actual Cost ❑ Photo Processing Actual Cost ❑2-Way Radio(Survey or Phase III Only) Actual Cost ❑Telephone Usage(Traffic System Monitoring Only) Actual Cost ® CADD Actual cost(Max$15/hour) 207 $10.00 $2,070.00 ❑Web Site Actual cost(Submit supporting documentation) ❑Advertisements Actual cost(Submit supporting documentation) F_]J Public Meeting Facility Rental Actual cost(Submit supporting documentation) ❑ Public Meeting Exhibits/Renderings&Equipment Actual cost(Submit supporting documentation) ❑ Recording Fees Actual Cost ❑Transcriptions(specific to project) Actual Cost ❑ Courthouse Fees Actual Cost ❑Storm Sewer Cleaning and Televising Actual cost(Requires 2-3 quotes with IDOT approval) ❑Traffic Control and Protection Actual cost(Requires 2-3 quotes with IDOT approval) ❑Aerial Photography and Mapping Actual cost(Requires 2-3 quotes with[DOT approval) ❑ Utility Exploratory Trenching Actual cost(Requires 2-3 quotes with]DOT approval) ❑Testing of Soil Samples Actual Cost F-11 Lab Services Actual Cost(Provide breakdown of each cost) ❑ Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with[DOT approval) El Total Direct Costsl $2,102.50 Printed 07/26/21 Page 9 of 10 BLR 05530(Rev.05/07/21) . . Local Public Agency County Section Number Exhibit ! ` Qualification Based Selection(QBG)Checklist � . —'- '- -- - ---------- — ---- ---------- --- ----- -'----- - - -- — . -- ~ — - ThaLPAmustnompleteExhibitD. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold, OBS requirements du not apply.The threshold is adjusted annually. |f the value io under the threshold with federal funds being used,federal small purchase guidelines must befollowed. F-1 Form Not Applicable(engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using State funds and the QBS process isapplicable. No Yea PROJECT LOCATION MAP City of Canton, Fulton County Cass Place (MS 2800) Section 20-00108-77-BR LOCATION 71 Ct 0 > L O. MYRT z < -0 Ll 0 i w ST t- V114E I XT) . . H X N "T EL I V I-] SIT U z -E > U 1=AI R VIEV LL LC ASS 4 > 1p n. V 3; 0 CU L spRu W MILL ST or- LOCVST 68 .FAP Am > 22 ICHESTNUT Ui JON ELM 4( 0 PINE in NEI EXHIBIT E 10 Illinois Departrp COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number Cit .of".Canton Fulton ..'. 20=001;b'' .7=13R. ., Consultant (Firm) Name Prepared By Date Maurer=Stutz, Inc Geor a B. Mer, e PAYROLL ESCALATION TABLE CONTRACT TERM 15 MONTHS OVERHEAD RATE = -160673% START DATE 8/1/2021 COMPLEXITY FACTOR 0 RAISE DATE 7/1/2022 % OF RAISE 2.00% END DATE 10/31/2022 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 8/1/2021 7/1/2022 11 73.33% 1 7/2/2022 11/1/2022 4 27.20% The total escalation = 0.53% BLR 05514 (Rev. 04/30/21) Payroll Escalation Printed 7/26/2021 9:46 AM Page 1 of 1 Local Public Agency County Section Number JCity of Canton IFulton 20-00108-77-BR MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTORI 0.53% PAYROLL RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE PE Vill $62.00 $62.33 PE VI 51.501 51.77 PE V $41.00 $41.22 PE IV $34.25 $34.43 SE VI $50.00 $50.27 PLS VII $45.00 $45.24 Des Tech V $30.25 $30.41 Des Tech IV $28.75 $28.90 Tech V $30.00 $30.16 BLR 05514 (Rev. 04/30/21) Payroll Rates Printed 7/26/2021 9:47 AM Page 1 of 1 iV Local Public Agency County Section Dumber City of Canton IFulton I 20-00108-77-BR COST ESTIMATE WORKSHEET Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise OVERHEAD RATEI 160.73% COMPLEXITY FACTOR 0 TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND BENEFITS OTHERS TOTAL Roadway Design 50 1,756 2,823 450 580 5,609 9.56% Structure Design 51 2,025 3,255 668 5,948 10.14% Plan Sheet Development 210 7,413 11,915 1,490 2,446 23,264 39.66% Quantity Calculations 54 1,973 3,172 651 5,796 9.88% Pick-up Survey, 6 196 315 43 65 619 1.06% Field Check(Includes P-1-1-1) 8 345 554 114 1,013 1.73% Submit Prefinal PS&E 9 294 473 97 864 1.47% Meetings 6 230 370 76 676 1.15% Estimate of Time 4 207 333 68 608 1.04% Estimate of Cost 6 241 388 80 709 1.21% Special Provisions 16 759 1,220 250 2,229 3.80% Quality Assurance 22 1,135 1,824 374 3,333 5.68% Permitting 7 293 471 97 861 1.47% Final PS&E Revisions 18 610 981 120 201 1,912 3.26% Conference and Review 10 469 755 155 1,379 2.35% Administration and Management 9 361 581 119 1,061 1.81% Shop Drawing Review 8 339 545 112 996 1.70% Answer Construction Questions 16 605 973 200 1,778 3.03% Subconsultant DL 0 - TOTALS 5101 19,251 1 30,948 2,1031 6,353 - 58,655 100.00% 50,199 BLR 05514(Rev. 04/30/21) Cost Estimate Worksheet Printed 7/26/2021 9:47 AM Page 1 of 1 K Local Public Agency County Section Number City of Canton I IFulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise SHEET 1 OF 4 PAYROLL AVG TOTAL PROJ.RATES Roadway Design Structure Design Plan Sheet Development Quantity Calculations Pick-up Survey HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 7.0 1.37% 0.86 PE VI 51.77 57.0 11.18% 5.79 2 4.00% 2.07 11 5.24% 2.71 PE V 41.22 8.0 1.57% 0.65 PE IV 34.43 265.0 51.96% 17.89 48 96.00% 33.06 34 66.67% 22.96 97 46.19% 1 15.90 36 66.67% 22.96 SE VI 50.27 65.0 12.75% 6.41 17 33.33% 16.76 26 12.38% 6.22 10 18.52% 9.31 PLS VII 45.24 1.0 0.20% 0.09 1 16.67% 7.54 Des Tech V 30.41 1.0 0.20% 0.06 1 16.67% 5.07 Des Tech IV 28.90 102.0 20.00% 5.78 76 36.19% 10.46 8 14.81% 4.28 Tech V 30.16 4.0 0.78% 0.24 1 4 66.67% 20.11 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 510.0 100% $37.75 50.0 100.009/6 $35.13 51.0 100% $39.71 210.0 100% $35.30 54.0 100% $36.55 6.0 100% $32.72 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:48 AM Page 1 of 1 Avg Hourly 1 Local Public Agency County Section Number City of.Canton I Fulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 2 OF 4 PAYROLL AVG Field Check(Includes P-I-H) Submit Prefinal PS&E Meetings Estimate of Time Estimate of Cost Special Provisions HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 PE VI 51.77 4, 50.00% 25.89 1',: 11.11% 5.75 2 33.33% 17.26 4 100.00% 51.77 2 33.33% 17.26 12: , 75.00% 38.83 PE V 41.22 PE IV 34.43 4 50.00% 17.22 2- 22.22% 7.65 2 33.33% 11.48 4 66.67% 22.96 4 25.00% 8.61 SE VI 50.27 PLS VI 45.24 Des Tech V 30.41 Des Tech IV 28.90 6- 66.67% 19.27 2 33.33% 9.63 Tech V 30.16 TOTALS 8.0 100% $43.10 9.0 100% $32.67 6.0 100% $38.37 4.0 100% o 0 $51.77 6.0 100/o $40.21 16.0 100/o $47.44 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:48 AM Page 1 of 1 Avg Hourly 2 Local Public Agency County Section Number City of Canton IFulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 3 OF 4 Administration and PAYROLL AVG Quality Assurance Permitting Final PS&E Revisions Conference and Review Management Shop Drawing Review HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 4 18.18% 11.33 2 20.00% 12.47 1 11.11% 6.93 PE VI 51.77 8 36.36% 18.83 3 42.86% 22.19 2 11.11% 5.75 4 40.00% 20.71 2 22.22% 11.51 PE V 41.22 PE IV 34.43 2 9.09% 1 3.13 4 57.14% 19.68 8 44.44% 15.30 4 40.00% 13.77 4 44.44% 15.30 4 50.00% 17.22 SE VI 50.27 8 36.36% 18.28 4 50.00% 25.13 PLS VII 45.24 Des Tech V 30.41 Des Tech IV 28.90 8 44.44% 12.85 2 22.22% 6.42 Tech V 30.16 TOTALS 22.0 100% $51.57 7.0 100% $41.86 P18.0 100% $33.90 10.0 100% $46.95 9.0 100% $40.16 8.0 100% $42.35 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:49 AM Page 1 of 1 Avg Hourly 3 Local Public Agency County Section Number City of Canton I Fulton 20-00108-77-BR AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 4 OF 4 Answer Construction PAYROLL AVG Questions HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VIII 62.33 PE VI 51.77 PE V 41.22 8 50.00% 20.61 PE IV 34.43 8 50.00% 17.22 SE VI 50.27 PLS VII 45.24 Des Tech V 30.41 Des Tech IV 28.90 Tech V 30.16 TOTALS 16.0 100% $37.83 1 0.0 1 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 1 0.0 1 0% $0.00 0.0 0% $0.00 BLR 05514(Rev. 04/30/21) Printed 7/26/2021 9:49 AM Page 1 of 1 Avg Hourly 4 AV, 14L lllinooLs Department f Tran r afion Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria,Illinois 61602-1111 September 2, 2021 Ms. Diana Pavley-Rock, City Clerk City of Canton 2 North Main Street Canton, Illinois 61520 REBUILD Illinois Bond (RBI) and Motor Fuel Tax (MFT) Funds City of Canton Fulton County Section No.: 20-00108-77-BR Cass Place over Big Creek Dear Ms. Pavley-Rock : Attached is the transmittal from Central Bureau of Local Roads and Streets dated August 26, 2021, and your Approval of Design Variance (BLR 22120) for the subject project. The Level I design variance is approved. If you have any questions or comments, please contact Mr. Simon Alwan at (309)671-3694. Sincerely, Kensil A. Garnett, P.E. Region Three Engineer SJA/jjs s:\gen\winword\blrs\staff\alwan\transmittals&letters\design.variances\canton_cass pl_variance_level i_20-00108-77-br.docx Attachments cc: Mr. Mark Reitz, Central Office (letter only) Mr. George Merkle, Maurer-Stutz, Inc. File 11fin&S Department TO: Kensil Garnett, Dist 4 ATTN: Tony Sassine �Oe0 gar FROM: George A. Tapas, P.E., S.Ee DATE: August 26, 2021 Subject: Design Variance Request .� � �� x, `" 'M 4 i' Fulton County City of Canton Section 20-00108-77-BR MS 2800 (Cass Place) over Big Creek The Level One design variance for low beam clearance is APPROVED based on the provided justifications and concurrence from the local bridge unit. A variance for Freeboard is not needed for roadways with less than 100 DHV. If you have any questions, please contact Mark Reitz at(217)785-2798. Engineer of Local Roads and Streets 42)r'ego) S. .J By: Gregory S. Lupton, P.E. Local Project Implementation Engineer Attachment f 2 ' 0 liih=�" *w App�vayof �� `ww �m�im�p�� ��o�mm ��esigNVariance Project Identification Local Agency: City of Canton County Fulton (covnty.Municipality.Road District/Township) — ----- SectionNo.: 20-00108-77-8R �wu��� K8G288U 8tpumVRnmdName: Cass Place PnojectL|mi\o: -OverBioCreek Project Length: Functional Classification: Local Design Year: 2032 Design Traffic: [I DHV --___ QD ADT 178 Existing Structure Nu.: O2S'418G Proposed Stru��ureNo.: 029-4286 Project Scope ofWork a. Is this project|ooebod on the NHS? [] Yeo 0 No b. |nthis project onwStrategic Regional Arterial(GRA)route? [] Yes QD No C. Funding OD K8FT/StotoAssistenow [] Federal d Type oyWork 9 New Construction [] Reconstruction [] 3R e. Design Guidelines Z Urban [] Suburban [] Rural [] 3R [] Other f. Provide mbrief project description (major construction e|ommnb)� Removo|ondvmp|ocammntofthestructueoarryinOCannP|0000verBigCreekintheCdyofCon(uninFudpn County District Coordination Meetings Has project been previously discussed atdistrict coordination meetings? [] Yes Z No (If yes, attach minutes ofvariance approvals) Dates: Level One Design Variance Approval Local Agency: City of Canton Sectiono. 20-00108-77-BR _— m... _._.�........... ..Prove g . ...., ... � � � . Criteriaw_ ._.e No { de numerical value where Indicated} Yes Summary of Variance and Justification Design Criteria for Project BLR&S Variance S 2 7 Design Speed: � ., mph ❑ . 2 Level of Service Malnline� 3. Lane Widths a. Through Lanes: feet ❑ b. Turn Lanes: feet ❑ c. Parking Lanes: feet ❑ 19 d. Bike Lanes: feet ❑ ,4�-... Through Travel Lane. .�wow.. .. .. _,u.. _ _.... _._ ......_....._ ..... g Cross Slopes Inside Lane: % ❑ Outside Lane: % ❑ (if more Man 2 lanes) 5 Shoulder Widths.�feet _ p 6. Horizontal Curvature(Minimum Radius) feet ❑', List curves not meeting criteria Radius Cl S 7. Superelevation Rates emax % ❑ List curves for which a does not meet criteria PI Sta. n ,�s e Maximum Grade: % 9, Minimum Intersection Sight Distance feet ❑ EJ List locations not meeting the criterla 4 K"r�ws�F2 r�est�rac I I k ❑ % Minimum Stopping Sight Distance feet 1:1 a. Crest Vertical Curves-Min. K value N ❑ List curves not meeting the crlterla VPI S a. "jq Istar3ce O sugra S eed rare 9 nth V ❑ El Z b, Sag Vertical Curves—Min, K value ❑ List curves not meeting the criteria Wad :"taW at hat Ustance Curve Leis: th, El 0 Printed B1212021 Page 2 of 6 BLR 22120 (Rev.11106) Level One Design Variance Approval Local Agency. City of Canton _ Section No.: 20-00108-77-BR c. Inside of Horizontal Curves List curves not meeting the crltorla Sta. -ragUU?Mgmck Qgto L sdip . 1:1 m...... __...... _.. . ....... _ 11, Clear Roadway Bridge Widths: feet ❑ 12, Freeb_m.o.ard—Above Design Hig h Water; -0.52 feet � 3.0 foot ...-.-,�.._.- Y-1 Match existing to not impact existin „, ide road and tike trail P-onnection and 4t fuAer impact downstt 'ant building. Neg,at' ' ,freeboard is � re�qu ste %o allow the exlsfing cot 4i ions to remain. 13, Vertical Clearances. ❑ Over Roadway/RR feet ® Under Structure -0.62 feet 1.0 foot ! ❑ Match existing profile to not impact existing side road and bike trail connection and not further impact downstream building_ Negative freeboard is requested to allow the existing conditions to remain. 14. Accessibility Criteria for Disabled Persons List any feature not meeting AAA Criteria 15. Roadside Clear Zone: a. Tangent — feet ❑ b. Outside of Curve ❑ List criteria for each radius Radius ft guu7wnt t 16. Intersection(s) Level of Service' _._......................�. ..... 17. Warrants for Stop Signs or Signals Croom, o d Warrant 18. Pavement Design(list any variance to policy) Printed 81212021 Page 3 of 6 81_R 22120(Rev.11/06) Level One Design Variance Approval Local Agency. Citi ofn#on CaSection No.: 20-0010&77-BIR . Prepared ay George B Merkle Maurer Stutz, Inc Date: 7-23-2021 Designer(Local Agency or t���sWunt) .... a.. When Prepared by Consultant ... � Local Agency Concurrence: ':,;. ,� . Date: _ xwru �nrC� amcnaw, _.. ? CentSl. wt p.. IDOT Rte: � ala Printed 712712421 mage 4 of 6 SLR 22120(Rev.11106) Level Two Design Variance Approval Local Agency: Citv of Canton Section Na.: 20-00108-77-BR 11 Desi n Criteria for Pro'ecndu ted Criteria Yes No ,....._and ry ofM ii ce g } Variance Summary o ar value whefe ca � . . .,� �.. .w_._.._......grove. nurners�al�.�,. .�.�.�..�u..�.....�,. 1. Design g _ years ,e (Mainline)) 0 years 2. Horizontal rAltl,nment Mainline V 2�. .... . a, Minimum Superelevation Transition Lengths: ❑ feet b. Superelevation Distribution Between 2/3: 1/3 ❑ Tardep Curve 11-1.111, .�.., .W 3. Vertical Alignment(Mainline) a. Minimum Grade of Urban Cross ry ❑ Section % 1 0.3% b. Minimum Length of Vertical Curves feet ❑ c. Maximum K value of Vertical Curves 167 ❑ _ curbed facilities)..... mm .. _a..0 . _... ....... ......, for 4. Cross Section Elements(Mainline)..... .( ... nline) a. Design of Parking Lanes 0, Cross Slope: % b. Design of Sidewalks 4 feet ElWidth: feet El Z Buffer Distance: feet 2 feet Cross Slope: % 2% max. Longitudinal Grades: % 5% max. I ❑ c. Median • Type. • Width: feet El d. Shoulder Cross Slopes: % 0 El e. Rollover Factor % ❑ f. Curb and Gutter Type ❑ g, Roadway Element • Steepest Front Slopes: _ (H:V) El • Steepest Back Slopes: El mm 5. Drainage (Flood Frequency) a. Pavement: years ❑ b. Structure: years c. Storm Sewer. years ❑ _ .....e,..... ..,....... 6. intersections a. Level of Service for Individual Movement Through Lanes:. _.. Turn Lanes: b, Skew Angle. _ Degrees ❑ c. Approach Grades: d, Design Vehicle: Li e. Turning Radius for Design Vehicle: Printed Wi2021 Page 5 of 6 8LR 22120(Rev.11106) L.ev 9 Two Design Variance Apk,'itoval Local Agency. C j of Canton Section No f Minimum Corner,island Size: g. Minimum Turn Lane Length fefit e Approach Ta per: feel D p rkure"gaper: . .W Teal a Bay "aper; .,. .."�. feet El dao EnUances omrnerciW ResidenUal o RR Crossings a. Type of RaHroad Protection: . ro5s1r19WIdU)(ak 90'aP9Ie) feet 8, UghUng . fliumlnance Tux Cl b. UnKormity Ratio 9, Other Iterns George �� Maurer-Stutz, 9� Daa�r 7-23-2021 IF�r�par�� y. eo � __..._. pgra�r 4LaW Agency or Consvivin4) " ,.. When Prepared byr¢suifn �"� Local agency �icurren ""..... � PrirgW 7 I 21 Page 6 of s BLR 22420(Rev,11106) ( cjr Rai_AnyAja ' MS 2800 (Cass place)over Big Creek Section 20-00108-77-BR City of Canton Fulton County The existing structure is a two-span 82'-0"bk-bk abutment bridge(S.N.029-4186). The structure has deteriorated to the point where the structure has been posted with weight limits. The structure needs to be replaced. The surrounding area is residential and there are homes nearby. The road currently has over the road flow from the downstream floodplain that does not affect traffic for an extended period. The existing and proposed pavement low point of the roadway is 611.50 at Station12+50,37. The roadway ADT is 150. Design criteria requires a roadway free rrd 90,0' above the 100-Year headwater elevation and a superstructure clearance of 1.0'abbv '100 Year natural high-water elevation. The existing and proposed roadway has a frrd of-0.78 feet and the proposed structure has a clearance of-0.62 feet. y tc; - i.. The City is using RBI funds to fund the project. I'le A three-span 83'-0" bk-bk abutment slab bridge(S.N. 029-4286) is proposed to replace the existing structure. The improved structure will increase the structure opening. The proposed structure will also get the pier out of the channel. The City of Canton is requesting a waiver to the design policy for clearance and freeboard to allow the existing roadway profile to remain. Negative freeboard and clearance are requested to allow the existing conditions to remain. Maurer-Stutz believes the design variance is justified to not impact the existing side road and the bike trail connection on the west side of the structure and not to further impact the downstream building. Due to the low ADT, upstream and downstream structures are available during the road closure due to flooding. ((George B. erkl'e, P.E. Maurer-Stutz, Inc. 062-042917 Drainage Manual Chapter 3 - Floodplain Encroachments Freeboard is defined as the distance that the roadway is located above a given flood stage. Table 1-305 Design Flood Frequency states: "The roadway edge of pavement at the low grade point in a floodplain area for highways with a DHV of 100 or more shall be a minimum of 3 feet above design headwater elevation.". This criterion is to be met for construction and evaluated for rehabilitation category projects. Often in environmentally sensitive rural areas and urbanized areas it is not feasible to meet the criteria. The reasoning for not meeting the criteria and the evaluation supporting the determination of the recommended freeboard is to be developed as part of the profile studies. The information reviewed would include: "Flood of record" which exceeds the design criteria Consequences to upstream properties in the event a major flood occurs Safety to traffic Embankment and structure failure potential Cost-effectiveness of raising the embankment including traffic maintenance Right-of-way costs Emergency vehicular access Utilities Access to adjoining properties Effect on existing structures and associated costs including need for separate overflow structures Extent of fill that encroaches in the floodplain The evaluation would be utilized in the request to the Bureau of Bridges and Structures for design variation when associated with waterway crossing, bridge, or multi-barrel box. 3-304 Highway Design Variations to Minimize Fill in the Floodplain The extent of significance of a highway encroachment (usually fill in the floodplain) may be judged based on the amount of embankment that encroaches into the floodway or is in close proximity to it. The design team (refer to 3-003) should explore design variations that minimize the fill in the floodplain without either significantly altering the highway's operational or safety characteristics or significantly increasing costs. 3-304.01 Alteration of Embankment Slopes Steeper side slopes may be appropriate due to height of fill. Retaining or slope walls may also be necessary to protect the embankment from scour. July 2011 3-19 Hinds Office of Highways Project Implementation/Bureau of Bridges&Structures 2300 South Dirksen Parkway 1 Springfield,Illinois/62764 August 12, 2021 Rebuild Illinois Funding SN 029-4286 City of Canton Section 20-00108-77-BR MS 2800 (Cass Place) over Big Creek The Honorable Kent A. McDowell Mayor City of Canton 2 North Main Street Canton, Illinois 61520 Dear Mayor McDowell: The Preliminary Bridge Design and Hydraulic Report dated July 29, 2021, for the above- designated bridge replacement project is satisfactory based on your consultant's certification and on having met the requirements for Statewide Permit#12. The preliminary bridge design is hereby approved. This approval is also based on our concurrence with your consultant's justification for the elimination of the 1-foot clearance requirement. Please note, Approval of Design Variance (BLR 22120) may still be required to be submitted to Central Bureau of Local Roads and Streets for final approval.. The locations of the proposed foundations appear to be at or near the existing substructure locations. Care must be taken during construction to locate existing substructure elements to prevent damage or conflicts with the new pile locations. If conflicts arise and modifications are required of the pile locations or design shown on the plans, the Structural Engineer of record should be notified for approval of revisions. The final structural plans and specifications for this project may be accepted by the District based on the Structural Engineer's seal, certification and signature per BLRS Manual Section 11-7.03.1, and on a sealed structure load rating submittal as described in BLRS Circular Letter 2017-16 and Structural Services Manual Section 4.2.2. A PDF of the approved report is being emailed to you for your use and we will retain a copy for our files. If you have any questions, contact Matt Humke at (217) 782-5929 or matt.humke illnois. ov. Sincerely, D. Carl Puzey Engineer of Bridges and Structures By. Timothy A. Armbrecht Engineer of Structural Services M H/kkt0294286-20210812 ec. Maurer-Stutz, Inc. /Attn: George B Merkle Kensil A. Garnett, District 4/Attn: Tanios S. Sassine Illinois Department of Transportation Office of Highways Project Implementation 1 Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 September 20, 2021 J Ms. Diana Pavley-Rock, City Clerk C of-Cantan _ 2 North Main Street Canton, Illinois 61520 Motor Fuel Tax (MFT) Funds City of Canton Section No: 20-00108-77-BR Cass Place over Big Creek Ex. SX 029-4186, Pr. S.N. 029-4286 Request for Expenditure/Authorization of MFT Funds Dear Ms. Pavley-Rock: The authorization to expend $5,212.50 of MFT funds for Preliminary Engineering services for this section has been approved and should appear on the City's next MFT transaction detail. If you have any questions, please contact Mr. Simon Alwan at(309) 671-3694. Sincerely, moo✓G Kensil A. Garnett, P.E. Region Three Engineer_ SJA/jjs s:\gen\winword\blrs\staff\alwan\transmittals&letters\req expen_auth\reqexpauth_canton_20-00108-77-br_pe_2.docx cc: Mr. Keith Plavec, Maurer-Stutz, Inc. File 1 a •o HUnoir e{�artrnent Request for Expenditure/AuthorizationTransportati®R of Motor Fuel Tax Funds Local Public Agency T pe Count Section Number City of Canton City Fulton I 20-00108-77-BR I hereby request authorization to expend Motor Fuel Tax Funds as indicated below: Purpose Motor Fuel Tax Amount Rebuild Illinois Amount County Engineer/Superintendent Salary 8 Expenses n/a Contract Construction Day Labor Construction Engineering N�G ',W Y $5,212.50 Engineering Investigations IDIV.Qln Qept. Of �ra0g�y0f IMRF/Social Security P 1`� �UZ n/a Maintenance Re910o 31 DvEDct Maintenance Engineering Local Road Obligation Retirement n/a Other Right-of-Way(Itemized on 2nd page) TOTAL $5,212.50 Comments August 31, 2021 MSI Invoice#41582 July 19, 2021 IMEG Invoice#21003188.00=1 . Local Public Aqency Official Date Title Mayor Approved Regional Engineer Department of Transportation Date . 09 Department of Transportation Use Entered By Date Printed 09/07/21 Page 1 of 2 BLR 09150(Rev.07/31/20) 31, �S M A U R E R - S T U T Z August No 2021 Project No: 24721004.00 Invoice No: 41582 E N G I N E E R S S U R V E Y O R S Invoice Please Remit To;3116 N Dries Ln.Ste.100 Peoria,IL 61604 Ron Robinson City of Canton 2 N.Main Street Canton, IL 61520 Project 24721004.00 Cass Place Bridge Replacement Preliminary Engineering Topographic survey, hydraulics,soil borings, preliminary bridge design and hydraulic report preparation and submittal to IDOT for approval (Preliminary Engineering) Section 20-00108-77-BR Professional Services from August 1.2021 to August 31,2021 Professional Personnel Hours Rate Amount Professional Engineer IV .25 135.00 33.75 Professional Engineer VI 4.00 165.00 660.00 Scientist/Design Technologist IV 13.00 95.00 1,235.00 Scientist/Design Technologist V 2.50 105.00 262.50 Technician IV .25 85.00 21.25 Totals 20.00 2,212.50 Total Labor 2,212.50 Consultants Professional Services 7/31/2021 IMEG Study phase services 7/2021 3,000.00 Total Consultants 1.0 times 3,000.00 3,000.00 Total this Invoice $5,212.50 DIVISION of HIGHWAYS Dept. of Transportation SEP 13 2021 Region 31District 4 RECEIVED Local Roads invoice Total. . $3' 00.00 I. , George Merfde r July 1$,2021 Maurer-Stutz Inc G. �02 i' Invoice No: 21003168.00-1 3116 North Dries lane,Suite 100 . Project#Y: Peoria,IL 41604 BY: S1 PO 9: -Contract 0i Work Order 0: Project 21,003188.00 Mauer StuWCass Piece-Bridge,Section 020-00108-77-81R,Structure 02 4266/Geoleci Fixed Fee$3,000 Proieeelonai Services tram.July 1 2021 to,lulu 18-2021 Fee - Pravtous current" Fee 7b Eemsd $111Ing Billing Phase • . _ - • Study 3,000.00 `. 100.00- 3,000.60 0.00' 3,000.00 Total Fes . 3,000.00 - _ 3,000.00 ' 0.00 3,000.00 Total Fee 4.000.00 Total this Invoice; $3,000.00 Please dined any questions to accountsrco&able@imegoorp.cam. " Please reference invoice number on remittance stub and mail to: IMEG 623 26th Avenue CA aj Rock Island,IL 61201 - r -_ — ^-623 25th Avenue.Rode Island,IL 61201 f309,788 0673 SFax-309.786,5967 Yimegcorp.com